Law enforcement Jackson County
ID: 140R1025Q0001Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONPACIFIC NW REGION PN 6615BOISE, ID, 83706, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

HOUSEKEEPING- GUARD (S206)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for law enforcement and security patrol services at various federal reservoirs in Jackson County. The primary objective is to provide year-round security and law enforcement to protect federal lands, employees, facilities, and natural resources at Agate, Emigrant, Hyatt, and Howard Prairie Reservoirs. This contract, which spans from January 13, 2025, to January 12, 2030, includes options for annual renewals and is open to small businesses, including those classified as service-disabled veteran-owned, HUBZone, 8(a), and women-owned. Interested vendors must submit their proposals by November 7, 2024, and can direct inquiries to Carrie Calleja at ccalleja@usbr.gov or by phone at 208-378-5138.

    Point(s) of Contact
    Calleja, Carrie
    (208) 378-5138
    208378
    ccalleja@usbr.gov
    Files
    Title
    Posted
    The solicitation document (140R1025Q0001) is a combined synopsis and request for quotes (RFQ) for law enforcement and security surveillance services needed by the Bureau of Reclamation's Columbia Pacific Northwest Region in Jackson County. It is classified under NAICS code 561612, with a small business size standard of $29 million. The anticipated award is a firm-fixed-price purchase order on a sole source basis. Responses are due by November 7, 2024, with vendor questions accepted until October 27, 2024. The contract period spans from January 13, 2025, to January 12, 2030, allowing for multiple one-year option extensions. Key services include year-round security patrols across federal lands at designated reservoirs, protecting employees, public spaces, and natural resources. The document details requirements for vendors, including submission guidelines and compliance with various federal regulations governing contract performance, including safety and security requirements. By emphasizing a clear procurement process and set performance expectations, this solicitation reflects the federal government's commitment to ensuring safety and operational integrity at its facilities.
    The document is a Request for Proposal (RFP) issued by the Bureau of Reclamation for law enforcement and security patrol services at various reservoirs in Jackson County. The primary objective is to ensure year-round protection of federal lands, employees, facilities, and natural resources. The coverage includes a wide range of facilities and areas associated with the reservoirs. The contract spans a five-year period from January 13, 2025, to January 12, 2030, with options for annual renewals through 2030. Specific task items include providing law enforcement and security management at identified locations, which involves both base and option years. The solicitation is open to small businesses, including those classified as service-disabled veteran-owned, HUBZone, 8(a), and women-owned. The document outlines various administrative and financial details, including payment provisions, remittance information, and the effectiveness periods for the law enforcement services requested. Additionally, it contains key regulatory references and requirements for submission and acceptance. Overall, the RFP emphasizes the commitment to maintaining safety and security at federal facilities, alongside adherence to government procurement regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    R--Jackson County, OR Streamgaging
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is conducting market research to identify potential vendors for hydrological technician services related to streamgage rating table development and electronic equipment maintenance in Jackson County, Oregon. This sources sought notice aims to gather information on vendors' capabilities to inform the acquisition strategy, which may include small business set-asides or open competition, potentially leading to multiple awards. The services are crucial for effective water resource management in the Rogue River Basin. Interested parties are encouraged to submit their organization details and a tailored capability statement by October 25, 2024, to Michael Garloch at mgarloch@usbr.gov or by phone at 208-378-5258.
    Lahontan Basin Area Office - Vegetation Management
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a Blanket Purchase Agreement (BPA) focused on vegetation management services at Derby Dam, Prosser Creek Dam, and Stampede Dam in Nevada and California. The procurement aims to control both non-aquatic and aquatic vegetation, including the removal of dead vegetation, with a maximum contract value of $1.2 million over a five-year period. This initiative is crucial for maintaining ecological balance and ensuring compliance with federal safety regulations in the management of these vital environmental areas. Interested contractors must submit their quotes by October 18, 2024, and can contact Kevin Gonzalez at kgonzalez@usbr.gov or 916-978-4509 for further information.
    Solicitation for a new concession contract to provide guided raft tours, marina, boat rentals, houseboat lodging, food and beverage, retail, campground, land and water-based fuel sales at Willow Beach and Black Canyon within Lake Mead NRA
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a new ten-year concession contract to provide a range of services including guided raft tours, marina operations, boat rentals, houseboat lodging, food and beverage sales, retail, campground management, and fuel sales at Willow Beach and Black Canyon within the Lake Mead National Recreation Area. This opportunity aims to enhance visitor experiences by offering diverse recreational activities and amenities in a popular natural setting. Interested parties are encouraged to attend a site visit on October 16, 2024, to gain insights into the concession operations, with registration required by October 15, 2024. Proposals must be submitted electronically by January 28, 2025, and inquiries should be directed to Kimberley Gagliolo at kimgagliolo@nps.gov.
    Wolf Creek Operations & Maintenance (O&M) Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking proposals for Operations and Maintenance (O&M) Services at Lake Cumberland, Kentucky, under a total small business set-aside contract. The contract will cover various facilities across Pulaski, Wayne, Clinton, Russell, Whitley, and McCreary Counties, with the aim of ensuring effective management and upkeep of recreational and operational amenities, as detailed in the accompanying asset inventory. This procurement is crucial for maintaining public access to recreational facilities, which include campsites, boat ramps, and other amenities, thereby enhancing community engagement and enjoyment. Interested firms should note that the anticipated release date for the Request for Proposal (RFP) is around November 11, 2024, and inquiries can be directed to Contract Specialist Diana Namara at diana.l.namara@usace.army.mil or by phone at 615-736-5640.
    Y--OT-CA-T28 WCMPWB UNIVERSAL ACCESSIBILITY
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified contractors for the Universal Accessibility Project in Oklahoma, aimed at enhancing accessibility at various recreational facilities. The project involves construction activities such as improving boat ramps, RV sites, day use areas, and campground facilities, with a strong emphasis on compliance with the Americans with Disabilities Act (ADA). This initiative is crucial for advancing inclusivity in public spaces, allowing greater access for individuals with disabilities. Interested businesses, particularly small and disadvantaged enterprises, are encouraged to submit their capability statements by October 25, 2024, with project budgets estimated between $1 million and $5 million. For further inquiries, contact Mitchell Frost at mfrost@usbr.gov.
    Y--Construction of Power Line
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking qualified firms to provide construction services for a power line extension project. This initiative aims to deliver electrical service to several pump motors and ancillary services at the Firebreak Canal and Beal Lake, as part of collaborative efforts with the U.S. Fish and Wildlife Service to enhance water management systems within the Havasu National Wildlife Refuge. The project involves approximately 10.5 miles of power line installation, with the government supplying 150 utility poles, and is critical for supporting environmental conservation and infrastructure development in the region. Interested firms must submit their capability statements by 2:00 P.M. Pacific Time on November 4, 2024, to Diane Rodriguez at DLRodriguez@usbr.gov, including the reference number 140R3024R0001 in the subject line.
    OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Cleetwood Trail and Marina Improvements project at Crater Lake National Park in Oregon. The project involves the rehabilitation of a 1.1-mile trail, rockfall mitigation, replacement of a failed marina bulkhead, and upgrades to restroom facilities, with a focus on enhancing visitor access and safety while adhering to environmental standards. This initiative underscores the federal commitment to maintaining national park infrastructure, with an estimated contract value between $30 million and $40 million, and a tentative completion date set for Fall 2027. Interested vendors can contact the Contracts G. Office at WFL.contracts@dot.gov or by phone at 360-619-7520 for further details, and should monitor SAM.gov for solicitation updates anticipated in winter 2024/2025.
    Z--Turbine Runner Cavitation Repair, Hungry Horse Field Office
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation's Pacific Northwest Region, is seeking qualified small businesses for a Turbine Runner Cavitation Repair project at the Hungry Horse Dam in Montana. The project involves assessing cavitation damage and executing necessary repairs on four Francis-type hydro-electric turbines that have been operational since 1950, with an estimated budget ranging from $1,000,000 to $5,000,000 for a five-year requirements contract. This initiative is crucial for maintaining the operational efficiency and longevity of the hydro-electric turbines, which play a significant role in energy production. Interested firms, particularly those classified as 8(a), HUBZone, Woman Owned, and Service-Disabled Veteran Owned, are encouraged to submit their capabilities and relevant past performance information to the primary contact, William Roberts, at wroberts@usbr.gov by the specified deadline.
    Cultural Overviews and Cultural Resource: OR, NV
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on cultural resource investigations and reporting across Oregon, Washington, Idaho, California, and Nevada. The objective of this procurement is to ensure compliance with the National Historic Preservation Act (NHPA) through thorough investigations, including background research, pedestrian surveys, and site documentation, while coordinating with State Historic Preservation Officers (SHPO). This contract, which spans from November 1, 2024, to October 31, 2027, has a minimum guarantee of $1,000 and a maximum cap of $499,985.73, with proposals due by October 25, 2024. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Lauretha Randle at LaurethaRandle@fws.gov or by phone at 612-713-5217.
    Y--Archimedes pump construction for Topock
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of a 60 cubic feet per second (cfs) pumping station at Topock Marsh within the Havasu National Wildlife Refuge in Mohave County, Arizona. The project involves the installation of an Archimedes Screw Pump, concrete structures, a dewatering system, and solar power modifications, with an estimated project cost ranging from $10 million to $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological preservation efforts in the region. Interested contractors must submit their proposals by November 7, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.